INTRODUCTION
This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Naval Air Systems Command (NAVAIR) intends to award a sole source Firm Fixed Price contract to The Boeing Company (TBC- Cage Code 76301) of St. Louis, Missouri for the procurement of requirements in accordance with Engineering Change Proposal 6416, "ECS Anti-Ice Duct Bracket Redesign (AFC603) Retrofit follow-on kits - FY19 Base + FY20 Option (USN) (88/89 Kits)." TBC has the unique tooling, capability, resources and expertise required to perform the Government's requirements in an accurate and timely manner.
This acquisition is being pursued on a sole source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.
REQUIRED CAPABILITIES
Ability to provide the final 177 Windshield Anti-Ice Ducting/Brackets to complete the final AFC-603 kit installations.
SUBMISSION DETAILS
Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein.
Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.
The capability statement package shall be sent by mail to AIR-2.2.3 Contracts, Christopher Colyer, Code 2.2.3.3.8, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to [email protected]. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 12 Feb 2019. Questions or comments regarding this notice may be addressed to Christopher Colyer via email at [email protected].
Contracting Office Address:
Building 2272
47123 Buse Road Unit IPT
Patuxent River, Maryland 20670
United States
Place of Performance:
Performance will occur at The Boeing Company in St Louis, MO
Primary Point of Contact:
Christopher Colyer
Contract Specialist
[email protected]